Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2021 SAM #7009
SOLICITATION NOTICE

C -- Expand for PACT 528-721 (VA-21-00005997)

Notice Date
2/4/2021 2:10:59 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77621R0061
 
Response Due
3/8/2021 11:00:00 AM
 
Archive Date
05/07/2021
 
Point of Contact
Bridget May, Contract Specialist, Phone: 216-447-8300 ex3588
 
E-Mail Address
Bridget.May@va.gov
(Bridget.May@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 5 of 5 PRESOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT WILL NOT PAY, NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. A. GENERAL INFORMATION: The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed price design contract for Architect-Engineer (A-E) services for the development of complete construction documents, which includes investigative services, preparation of contract drawings and specifications, cost estimating services and construction period services for project number 528-721 - Expand and Consolidate Existing Primary Care Clinics project located at the Syracuse Veterans Medical Center, Syracuse, New York. The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 Architectural and Engineering Services and VA Acquisition Regulation 836.6. In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. B. PROJECT INFORMATION This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $16.5M. This project requires a full design team to complete this project. The anticipated award date for the A-E contract is on or before July 5, 2021. The anticipated period of performance for completion of design is 365 calendar days after notice of award. The VAAR magnitude of construction for this project is to be between $10,000,000 and $20,000,000. C. A-E SELECTION PROCESS: Firms submitting SF-330 s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. The selection will be made using a two-phase process. Phase I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. At least three (3) of the highest rated firms in accordance with FAR procedures will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of discussions for the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for discussions will be notified by email of selection and provided further instructions. After the discussions are concluded, the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. The final evaluation and ranking will consider the SF330 submission for each firm, as well as additional information obtained via discussions. A site visit will be authorized for the highest rated firm during the negotiation process. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. D. SELECTION CRITERIA: Phase I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance. The technical evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria. Criterion 1 - Professional Qualifications Firms will be evaluated on professional qualifications, competence, and experience of the key personnel and technical team necessary in providing services to satisfactorily accomplish the tasks required under this contract. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. The firm and A-E staff representing the project must be licensed to practice in any state of the United States of America; project staff licensed in NYS may be graded higher. Submission Requirements: 1. The Prime firm shall submit and include ALL of the following: Proof of Prime firm s Certificate of Authorization to provide Engineering services in New York State. Provide a copy of certificate with certificate number clearly shown to certify that the requirements of NYS Education Law section 7210 have been met (see Certificate of Authorization instructions/requirements: http://www.op.nysed.gov/corp/pcorpcoa.htm). Proof of Prime firm s current SDVOSB certification. Prime firm must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority]______________________, [company] __________________ certify that the team proposed to perform under this requirements demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10. Proof of current professional certifications and licenses for all personnel; provide proof of licensure and license numbers for each. Licensed engineer directly employed by Prime firm is required to stamp all drawings. 2. Provide current resumes of ONLY the following people: 1) SDVOSB Principal Owner 2) Project Manager 3) Architect - include lead and whomever will be responsible for completing majority of the design work if different 4) Mechanical Engineer - include lead and whomever will be responsible for completing majority of the design work if different 5) Lead Structural Engineer 6) Electrical Engineer - include lead and whomever will be responsible for completing majority of the design work if different 7) Fire Protection Engineer 8) Physical Security Specialist 9) Estimator If more than two resumes are submitted for each key discipline, the Government will only evaluate resumes up to the maximum number authorized in the order submitted per discipline. Resumes of disciplines that are not required, if submitted, will not be considered in the evaluation. 3. Clearly indicate participation of all key personnel in example projects in the SF 330, Part I, Section G. Information provided in sections C through E and H of the SF 330 will be used to evaluate this factor. Criterion 2 - Specialized Experience Firms will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to experience with healthcare related designs, government designs and construction, construction period services (submittal reviews, inspection services, design related issues, as-built preparation) and specialized HVAC and electrical design for healthcare facilities. Other specialized experience includes experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials. Include Government and private experience on projects similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. Submission requirements: 1. For team members with related VA Medical Center experience, describe each member s familiarity with the following expertise, VA design guides/manuals (and any other applicable design guides) and indicate the most current version utilized: PACT Design Guide Physical Security and Resiliency Design Manual Multi-story Healthcare Expansion projects 2. Include a short narrative of what each of the roles will be in this contract for all key personnel requiring resumes per Criterion I. Include their general experiences with new building construction and renovations in existing multi-story healthcare facilities in urban locations where construction exceeded $8M. 3. Provide a maximum of 5 projects completed within the past 3 years that best illustrate specialized experience of the proposed team in the areas required for this project. Provide the team s technical competence in the type of work required with specific emphasis on experience related to work at active hospitals and VA Medical Centers. Only completely constructed designs will be considered; do not include designed, but not yet constructed, projects. Clearly indicate the work specifically performed by the team member and the roles and responsibilities of each on the project. Include a contract number or project identification number for each project in addition to an e-mail address and phone number for the point of contact. Include in the project description the contract period of performance, awarded construction contract value, final construction contract value, a summary of the work performed that demonstrates relevance to specialized experience required for this project and as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and/or perform work under this contract. The information provided in section F, G and H of the SF 330 will be used to evaluate this evaluation factor. Criterion 3 Knowledge of the Locality Evaluation of firms will include knowledge of the locality, to include specific knowledge of certain local conditions or project site features at the Syracuse VAMC, such as geological features, climatic conditions, local construction methods and state and local laws/regulations. Submission requirements: 1. List who will be performing field investigation on this project and describe their past experience with and knowledge of the Syracuse VA Medical Center. 2. Provide a narrative of the local bid market, local conditions, geological features and climatic conditions that must be considered for this project. The information for this factor shall be provided in Section H of the SF 330. Criterion 4 Experience in Construction Period Services Firms will be evaluated on experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. Submission requirements: 1. Describe the role of the proposed team in construction period services including the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. 2. Describe the ability of the firm to ensure timely response to requests for on-site support. If the work is to be performed from other than the local area, briefly describe the ability of the Prime firm to forward deploy personnel and how the team would respond to project requirements throughout the life of the contract. Include details for construction period site visits from the following team members to include, but not limited to, civil engineering, structural engineering, architect, fire protection engineering, electrical engineering and mechanical engineering. Firms are required to submit this onsite response time and how the firm will respond. 3. Describe the project management tools/software (i.e., FTP; file transfer site) that will be used for this project to manage RFIs, submittals, etc. The information for this factor shall be provided in Section H of the SF 330. Criterion 5 - Capacity Firms will be evaluated on the firm s ability to plan for and to manage work under the contract and the firm s capacity to accomplish the work in the required time. General statements of availability/capacity will be considered less favorably than detailed responses. The evaluation will consider the firm s ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Submission Requirements: 1. If the Prime firm is partnering with one or more subcontractors, provide documentation showing these firms and key personnel have worked together as a team on previous projects and their roles. Discuss the history of working relationships with these team members. 2. Provide an organization chart for the team and discuss the management plan for this contract and personnel roles in the organization. Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Describe why the team is constructed as it is and describe the benefits of such an organization to the Syracuse VAMC. 3. Describe the firm s present workload and the availability of the project team (including consultants) for the specified contract performance period. Describe the firm s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines and the firm s capacity to accomplish multiple projects simultaneously. 4. Provide a narrative of how your firm will approach a project of this magnitude. Clearly indicate the approach from the initial contract award to 100% design and provide a preliminary schedule to accomplish the work in the required time of 365 calendar days after Notice of Award (NOA) is issued. Assume the NOA is issued 1 April 2021. Describe the techniques used by the A-E to control the schedule and identify personnel responsible for these functions. 5. Describe how prime SDVOSB firm will accomplish 50% of the required work. Include a detailed breakdown of work the Prime firm will be self-performing and the total percentage in relation to the total project. The information for this factor shall be provided in Section H of the SF 330. Criterion 6 - Past Performance Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control and stakeholder/customer satisfaction. Evaluating past performance will include information provided in CPARS and Past Performance Questionnaires (PPQs) and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified and rated lower. All projects provided in the SF 330 must have been completed by the Prime firm performing the work under this contract. Submission requirements: The following information must be provided for each project listed in the SF 330: 1. Submit a completed CPARS evaluation for each project referenced under Criterion 2. If there is no completed CPARS evaluation available, the Past Performance Questionnaire (PPQ) included in this notice is provided for the firm or its team members to submit to the customer for each project the offeror includes under Criterion 2. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARSIS AVAILABLE. If a CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for the customer point of contact. Completed PPQs must be submitted with your SF 330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and customer information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Offerors should follow up with customers/references to ensure timely submittal of questionnaires. If requested by the customer, questionnaires may be submitted directly to the Government's point of contact, Program Contracting Activity Central (PCAC) Attn: Bridget May via email at bridget.may@va.gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. 2. Include the name, address, telephone number, and fax number of a customer point of contact (POC) who would have the most detailed information about the A-E's performance. 3. Include project location, award date, original completion date, actual completion date, estimated construction cost, original construction contract award amount and the final construction contract amount. Include names, addresses and phone numbers of all subcontractors used. 4. Include information about cost control, quality of work and compliance with performance schedule. The information for this factor shall be provided in Section H of the SF 330. Criterion 7 - Geographic Location Evaluation of firms will include consideration of their geographic location relative to the Syracuse VAMC in Syracuse, NY. Location of the firm is as measured by the driving distance (miles) between the Prime firm s principal business location and the Syracuse VAMC location. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/). Submission Requirements: 1. Indicate location of the Prime firm s principal office that will be performing the work. Clearly identify the locations of all key personnel who will have major contract or project management responsibilities for this project, including those performing as subcontractors and consultants to the Prime firm. The information for this factor shall be provided in Section H of the SF 330. Phase II (FOR INFORMATIONAL PURPOSES AT THIS TIME, DO NOT SUMBIT WITH PHASE I SUMBISSION): In accordance with FAR 36.602-3(c), discussions will be conducted. The highest-ranking firms will be short listed, and discussions will commence. The format and discussion topics will be provided at the time short listed firms are notified. E. PHASE I SUBMISSION CRITERIA/REQUIREMENTS: The below information contains the instructions and format for that shall be followed for the submission of the SF-330 Statement of Qualifications: Submit ONE (1) SF-330 Statement of Qualifications via email to the Contract Specialist Brett Meister at Bridget.May@va.gov. This shall include SF-330 and any applicable attachments. All Responses are due on or before March 8, 2021 at 2PM Eastern Standard Time. The SF-330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF-330 Submission; 36C77621R0061 Syracuse PACT Expansion Design The submission must include the SF-330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The page limitation of the SF-330 shall not exceed a total of 35 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF-330 Form will not count as part of the page limitations. CPARs data and Past Performance Questionnaires will not count as part of the page limitation. All SF-330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Dun & Bradstreet Number; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry. NOTE: This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers received from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. All Service-Disabled Veteran-Owned Small Businesses must be listed as verified by the VA s Center for Veterans Enterprises (CVE) (http://www.vetbiz.gov). Offerors must be verified by CVE and visible in the Vendor Information Portal (VIP) database at TIME OF SUBMISSION OF OFFERS. Failure to be BOTH visible and verified at time of SF330 Submission, Interview Presentations, and award will result in the offeror being deemed unacceptable and ineligible for award. All Joint Ventures must be CVE verified at time of submission and award and submit agreements that comply with 13CFR 125.15 prior to contract award. SF-330 submissions received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF-330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: www.beta.sam.gov for any revisions to this announcement prior to submission of SF-330s.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d8a4ded6efb4416bb53fdb40339e9888/view)
 
Place of Performance
Address: Syracuse VAMC 800 Irving Avenue, Syracuse, NY 13210, USA
Zip Code: 13210
Country: USA
 
Record
SN05908099-F 20210206/210204230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.